Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 15, 2024 SAM #8297
SOLICITATION NOTICE

34 -- One (1) Tensile Turn CNC IU system

Notice Date
8/13/2024 2:07:50 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333517 — Machine Tool Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-24-Q-0018
 
Response Due
8/21/2024 1:00:00 PM
 
Archive Date
09/05/2024
 
Point of Contact
Jimmy Creech, Phone: 2568425142, Jeremy Waters, Phone: 2566580035
 
E-Mail Address
jimmy.w.creech.civ@army.mil, michael.j.waters46.civ@army.mil
(jimmy.w.creech.civ@army.mil, michael.j.waters46.civ@army.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Army Contracting Command-Redstone is soliciting a quote. In order for a quote to be accepted, the vendor must provide historical pricing data such as copies of previous invoices or purchase orders to support fair and reasonable pricing. Combined Synopsis/Solicitation Number W31P4Q-24-Q-0018 is to be a Brand Name Requirement in accordance with FAR 13.106-1(b) for soliciting from a single source in that the circumstances of the contract action make only one source reasonably available. The corresponding NAICS code for this procurement is 333517. The US Army Contracting Command-Redstone is soliciting a quote for the purchase of the following TENSILETURN BRAND NAME item: The contractor shall provide the following items as specified in the table below: Item Number� � � � � � � � � �Part Description� � � � � � � � � � � � � Quantity 1� � � � � � � � � � � � � � � � TensileTurn CNC IU System� � � � � � � � � � �1 2� � � � � � � � � � � � � � � � � �Shipping and Insurance� � � � � � � � � � � � �1 Additionally, this equipment must meet the requirements stated below: The system must contain a library of preprogrammed ASTM, ISO, JIS and DIN specimen sizes for machining tensile samples. In the X and Z axis be capable of running travel speeds of 500 in/min. System must have a stainless steel enclosure for corrosion prevention. Must have a 3 jaw scroll chuck for gripping cylindrical bar stock � System frame should be made of granite to reduce vibrational effects and improve machined surface. � The chuck must hold 4� diameter specimens. � Company must provide on-site installation and training � Parts must be able to be machined to standard, sub-size, threaded, button-head, fatigue and other round testing specimens. � Must have 8 position turrets. � Must have 4 Boring tool holders. �� **Travel is not required in the performance of this contract. The above items shall be delivered to the following: US ARMY CCDC AvMC FCDD-AMT-MPA (Attn.) Sean Thompson Building 7631 Bat Road, Redstone, Arsenal, AL 35898 CONTRACTORS THAT DO NOT REQUIRE CAC, BUT REQUIRE ACCESS TO A DOD FACILITY OR INSTALLATION:� Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. ACCESS AND GENERAL PROTECTION / SECURITY POLICY AND PROCEDURES:� This standard language text is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include associated sub-contractors employees shall comply with applicable installation, facility and area Commander Installation and facility access and local security policies and procedures (provided by the Government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. The contractor workforce shall comply with all personal identity verification requirements (CFR clause 52.204-9, Personal Identity Verification of Contract Personnel) as directed by DoD, Department of the Army Headquarters, and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. The prime contractor Human Resources/ Security Officer is responsible for the collection of all Redstone Badges and CAC cards issued to their employees. The Human Resources/Security Officer will then turn over these credentials to the COR. This applies when the contract expires; as well as, when a contractor resigns or is terminated. After accounting for all badges/ CACs, the COR will turn in the credentials at the One Stop Badging Office or CAC Office (MILPO). All contract employees, including subcontractor employees who are not in possession of the appropriate security clearance or access privileges, will be escorted in areas where they may be exposed to classified and/or sensitive materials and/or sensitive or restricted areas. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. �Provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; Provision 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services and Equipment; Provision 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations - Representation; Provision 52.212-1, Instructions to Offerors - Commercial; Provision 52.212-2, Evaluation - Commercial items; Provision 52.212-3, Offeror Representations and Certifications - Commercial Items; Provision 252.204-7012�Safeguarding Covered Defense Information and Cyber Incident Reporting; Provision 252.204-7020�, NIST SP 800-171 DoD Assessment Requirements; Provision 252.204-7024, Notice on the Use of the Supplier Performance Risk Systems; Clause 52.212-4, Contract Terms and Conditions - Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; Clause 52.222-50 Combatting Trafficking in Persons; Clause 52.223-18 Contractor Policy to Ban Text Messaging While Driving; Clause 52.232-39, Unenforceability of Unauthorized Obligations; and Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports are applicable to this acquisition. Other clauses may be included in the award if applicable. All responsible sources may submit a capability statement and quotation which shall be considered by the agency. In the event more than one quote is received, the following factors shall be used to evaluate offers: technical capability of the items offered to meet the Government requirement, price, and delivery. All items shall include shipping costs FOB Destination to Redstone Arsenal, AL. Payment will be made via Wide Area Workflow. Responses are due no later than 3:00 PM (CST), 21 August, 2024.� Electronic quotes are required. Responses must be submitted to: jimmy.w.creech.civ@army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fc76994d25c24e608868a69127b956e5/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN07168365-F 20240815/240813230123 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.